Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOURCES SOUGHT

N -- FMQ-19 AMS Multi Runway Switch

Notice Date
4/28/2010
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FBOMULTIRNWYSWITCH042810
 
Archive Date
5/25/2010
 
Point of Contact
Jody K. Lindley, Phone: 801- 586-9128
 
E-Mail Address
jody.lindley@hill.af.mil
(jody.lindley@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Multi runway switch for FMQ-19 Automatic Meteorological Station For planning and information purposes the Ogden Air Logistics Center, 500th Combat Sustainment Systems Flight (500 CBSS/GBLG) is seeking sources for the capability to allow air traffic controllers to designate the active instrumented runway heading of each military location with an FMQ-19 Automatic Meteorological Station (AMS) Weather Weapon System. It will optionally include the capability to detect and provide changes in runway light intensity. This work applies to US Air Force and US Army locations that have the FMQ-19 AMS and have multiple runways. This may be installed at all FMQ-19 AMS locations. Maximum installation would be 109 locations and 112 systems, including two mockups. The anticipated contract period is for 24 months after notice of award. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB); it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Air Force does not intend to award a contract on the basis of this request, nor will the Air Force pay for the information requested. Your answers are intended to be used to help construct our acquisition strategy and may be used to structure the Government's RFP. In accordance with FAR 15.202, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with the SEC's confidential treatment regulations at 17 C.F.R. 200.83. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. All responses to this RFI shall be submitted via email to jody.lindley@hill.af.mil no later than 10 May 2010. No telephone inquiries will be accepted. The NAICS code for this requirement is 334519. If submitters believe a different NAICS code would apply for this effort, they may indicate alternate NAICS' code(s) along with the rationale for use. The Government will consider a small business set aside if there are 2 or more capable small businesses interested in this effort. Note The firmware is proprietary to Mesotech International and Coastal Environmental Systems. The Government did not procure specifications or drawings for the AN/FMQ-19, and does not have data rights to the technical orders. The Government Program Office will be unable to provide technical assistance to Offerers. Background: The FMQ-19 is considered an OS21 (Operating System for the 21st Century) fielded system. The OS21 Technical Requirements Document (TRD) paragraph 2.2.1 states that the OS21 Fixed Based System must be capable of automatically sensing when the air traffic controllers change the active runway. The current implemented configuration only allows a single runway to be the active runway. Market Research Survey There is no requirement or limit on responses to any individual question/request below, but please limit your overall response to a cumulative total of twelve (12) pages for all questions. Company Information Name of Contact: ____________________________________________________________ (Please Print or Type) Title/Function: ______________________________________________________________ Name of Co: ________________________________________________________________ Address: ____________________________________________________________________ Phone #: __________________________ FAX #: ____________________________ E-Mail Address: _____________________________________________________________ Cage Code: 1. What is the NAICS size standard of your business? Technical Requirements 1. Describe how your company will design, engineer and test a switch to allow air traffic controllers to designate the active instrumented runway heading. 2. Describe how your company will be able to interface between the switch and the FMQ-19's hardware and/or software, sufficiently testing the configuration at US Air Force locations. 3. Will your company be able to install the switch at designated FMQ-19 locations in the US, Europe, Asia, and the Middle East? 4. Will your company be able to examine and provide necessary firmware changes for the FMQ-19's Terminal Data Acquisition Unit and Runway Light Intensity Monitors? 5. Will your company be willing to provide finalized drawings and installation instructions to the Government, to include FMQ-19 technical order changes? 6. Documentation will also include operator procedures as well as Airfield Systems Maintenance troubleshooting procedures. Will your company be able to provide this documentation? 7. Is your company able to provide operational training on the installed systems to the weather flight and maintenance training to the Airfield Systems Maintenance personnel? 8. Describe how your company will be able to get the proprietary firmware from Mesotech International and/or Coastal Environmental Systems. For Planning and Information Purposes 1. Please clarify how you will obtain access/approval to utilize the ZENOSOFT software from Coastal Environmental Systems. Will this be a problem or an obstacle? 2. Does your organization intend to be the prime contractor for this effort or a sub-contractor? 3. What is your organization's socio-economic status (large, small, veteran-owned, etc)? 4. Please provide any additional information you feel would assist the government in determining your ability to support this type of workload.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FBOMULTIRNWYSWITCH042810/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN02134301-W 20100430/100428234757-df8be2e539e3079d70ce0f8d573adb6b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.